Loading...
HomeMy WebLinkAboutInstituform TechnologiesS3Z'Z0 69 2:s c.:Lss 0£,0� t6918 d to aismanninsulNIMIIMI sui-6 • irs roN H H co Pri E H •. x O J241014011001w zw 0 w m T CO j O Cr O= � �r COzr rn CA re• -< nmrn 0)//� 583J6/1948/9AE3 Nina 0 c co r 0) m 0 m a 0 u' a00 a -1 rn� cn m 0 m�W -n cn co insitufonfl 580 Goddard Avenue • Chesterfield Missouri 63005 Ph 636-530-8000 D SECURITY ENCLOSED FOR FY 2024 CIP PIPELINING PHASE IVB1 SEALED BI CONTRACT NO. 1102 BID DATE AND TIME: FEBRUARY 29, 2024 AT 1:OOPM CITY OF WATERLOO CITY CLERK/AUDITOR 715 MULBERRY STREET WATERLOO IA 50703 1 t 1 i i Insituform 580 Goddard Avenue, Chesterfield MO 63005 CITY CLERK /AUDITOR CITY OF WATERLOO 715 MULBERRY STREET WATERLOO, IA 50703 BID BOND ENCLOSED PROPOSAL FOR FY 2024 CIP PIPELINING PHASE IVB1 ADDENDA: 1 BID DATE: FEBRUARY 29, 2024 AT 1:OOP Insituforme An Acgion . Company CORPORATE BACKGROUND Insituform Technologies, LLC is a diversified, international corporation specializing in trenchless reconstruction of municipal and industrial pipelines of all types - sewer, storm drain, water, gas oil, chemical process, slurry and nuclear power pipelines. Application sizes range from under 6-inches to 120-inches in diameter. Based on size, experience, technology, capability and resources, INSITUFORM is the worldwide leader in full -spectrum piping reconstruction contracting. Insituform's expertise is based on over 50 years of experience spent in the manufacturing and installation/reconstruction of more than 25,000 miles (over 132,000,000 ft.) of pipe. Currently, INSITUFORM offers a full spectrum of trenchless rehabilitation products including Insituform's flagship gravity cured -in -place pipe (CIPP), iPlus Infusion®, iPlus Infusion® UV felt, iPlus® Composite, Tite Liner° HDPE systems for industrial/pressure pipelines and our InsituMain° and Thermopipe° Systems for sanitary sewer force mains, transmission and distribution mains, alongside our robotic service reinstatement technologies. The corporate history that encompasses today's worldwide Insituform Technologies, LLC organization derives from a host of resources, people, technology and experience merged from former licensees and affiliates of the original Insituform® pipe reconstruction process. INSITUFORM is a leader in quality management, becoming the first specialty piping corporation to receive ISO 9000 quality installation certification in 1995. As a vertically integrated company, we hold ISO 9000 certifications in materials manufacturing, resign impregnation/wetout, and field installation and control every step of the process, from start to finish. Insituform Technologies is one of the largest trenchless technology companies in the world, with annual revenues exceeding $914 million in 2010. PERSONNEL Insituform Technologies, LLC's worldwide organization consists of over 3,000 employees. Every specialty and function associated with an international, technology -driven business is incorporated. Outside of manufacturing operations, the predominance of INSITUFORM personnel engage in project crew duties for pipeline reconstruction. INSITUFORM maintains and staffs an extensive Research and Development facility engaged in new product and technical installation development. Experts are available to assist operations units in developing specialized solutions to particular client needs for underground piping system analysis and reconstruction. INSITUFORM maintains a centralized design team at the world headquarters in St. Louis, Missouri with responsibility for ensuring that service conditions are met by products in each application. When necessary, special industrial design considerations and constraints such as corrosion, abrasion, unusual loading, pressure, temperature, etc. are fully included in specific application designs. INSITUFORM has assigned technical market managers to specific segments who have intimate knowledge of process and facility operations and are able to provide advice and field technical assistance in special applications as may be required to meet critical or unusual client needs. By nature, field applications of pipeline service, assessment and reconstruction activities are highly regionalized. In the United States, INSITUFORM meets the needs of local municipal, industrial and military clients for responsive service by deploying personnel at strategic locations to minimize the cost and burden to clients of extensive mobilization. As an integrated company, sharing of expert personnel and specialized equipment between locations in response to client and project needs is part of normal operations. QUALITY ASSURANCE A strategy goal of Insituform Technology is operational excellence. This goal of quality assurance is being achieved on two fronts Best Practices Program: First, INSITUFORM has completed its Tong -term goal of merging all licensees throughout the United States and solidifying relationships with worldwide subsidiaries and affiliates. Achieving uniform high standards of quality across all operating units is essential to ensure Tong -term service to client needs. In doing so, INSITUFORM has developed comprehensive bench -marking studies to identify the "Best Practices" of the most efficient and best quality manufacturing and installation procedures for each product line, and can therefore share these best practices with INSITUFORM's regional offices, subsidiaries, and licensees throughout the world. INSITUFORM believes that the only way to guarantee quality is to integrate product development, manufacturing and installation under a best practices program, coupled with ISO 9001 Quality Management Programs. ISO 9001 Quality Assurance Program: INSITUFORM's second Tong -term goal is to maintain ISO 9001 quality certification for its manufacturing facilities. This certification process was completed in 1995. ISO certification is not only consistent with the goal of achieving operational excellence for the municipal market, it is an essential requirement for the industrial market, where ISO certification has become an increasingly greater requirement for acceptance as a qualified supplier. Quality Assurance Inspection Program and Training: A pilot program for the detection and recording of internal non- conformance was established. Persons were selected and trained for conducting internal auditing, probably the most important aspect of ISO because it provides ongoing self -evaluation of the effectiveness of the quality system. Every member of the organization is familiar with, and fully committed to the company's "Quality Policy" and non-conformance identification program. Internal Audit Findings: Predetermined elements of the quality system are audited each month, and at year's end every ISO 9001 requirement will have been reviewed at least once. Findings are reported to the manager responsible for the appropriate department for resolution. Management Review and Client Review: At least twice a year, managers meet to review and assess the quality system as a whole. Quality objectives are evaluated and amended or increased as appropriate. Resource needs are identified, and action plans formulated. Once a project is completed, the client receives a Customer Survey form. This comprehensive form is INSITUFORM's report card which identifies project success, as well as areas where improvement is suggested. INSITUFORM The rehabilitation processes offered by Insituform were developed to provide a means of reconstructing existing pipe, conduit or passageways without extensive excavation. Some typical applications include: 1. Halting settlement by stopping the infiltration of soil and bedding material which often accompanies groundwater infiltration and can cause soil voids and shifting ground in gravity pipelines. 2. Eliminating infiltration of groundwater through joints, breaks and missing sections of gravity pipeline. 3. Increasing the capacity of existing pipelines by smoothing the interior surface and providing smooth transitions over joints and protrusions. 4. Reducing maintenance and increasing capacity by reducing deposits and eliminating root intrusions into gravity pipelines. 5. Protecting the pipe from attack by corrosive chemical effluent and vapors. 6. Eliminating the exfiltration of pollutants and chemicals into surrounding groundwater aquifers through joints and cracks in pipelines. 7. Strengthening the existing pipe by the installation of a tight fitting Insituform® CIPP within the old, thereby bridging joints, cracks and disconnected pipes into a single continuous conduit. 2 Briefly, here are just a few of the benefits realized from the reconstruction of pipelines using the Insituform® cured -in -place pipe (CIPP) process: Virtually eliminates excavation problems - Depending on the type of pipe or passageway to be reconstructed (sewers, drains, or conduits), excavation can virtually be eliminated. Existing access (sewer manholes) is usually sufficient. Side connections can generally be 'reinstated' by cutting out from within. Bends can be negotiated. Restores full size capacity, reduces maintenance - These tight -fitting pipes are continuous over pipe joints, openings and faults, and the capacity is nearly always increased. The smoothness also reduces deposits because there are no places for deposits to form, thereby reducing maintenance. Builds corrosion -resistant pipe, resists chemical attack - In the case of the Insituform process, various thermosetting resins can be selected to resist the corrosive effects of the effluent. Builds a continuous pipe - (a new pipe within the old) - Insituform® CIPP bridges breaks and missing sections of pipe eliminating infiltration, exfiltration or loss of product in pressure pipes. Insituform fits tightly and bridges disconnected pipes into a single continuous pipe. Reconstructs unusually shaped pipes without loss of capacity - Elliptical, egg -shaped, flat bottom horseshoe or rectangular conduits can be reinstated to their existing shape by the tight fitting Insituform process. Accomplishes these things in sizes from 6- to 120-inches in diameter — Insituform® CIPP has been constructed in these sizes and may be applicable to those beyond. Solves difficult jobs - In addition to negotiating bends, it is possible to reconstruct remote sections inaccessible to wheeled vehicles (e.g. inside building) with the Insituform process. In addition to being installed without excavation, Insituform® CIPP has been installed where access to only one end is feasible (vertical wells). Also, it is possible to reconstruct pipelines with reducers or only a portion of a pipeline. Solves stringent time restraints - Preparation time is reduced by eliminating street openings and risk of damage to other utilities. Insituform® CIPP can generally be installed and completed in less on-the-job time than traditional open cut construction methods. Offers more convenience to commerce and public - Little inconvenience is caused to the public, commercial business or existing utility operations because excavations are generally eliminated. Little work space is needed for installation. This alone means fewer restrictions on access to property and shops and greater assurance of safety. Longevity - For normal applications, such as gravity sewers, the service life of Insituform® CIPP can be expected to approach fifty years. Service life of Insituform® CIPP is a function of the temperature, pressure, velocity, and chemical and abrasive properties of the materials being carried. Custom -Engineered — Insituform® tubes are custom -engineered to optimize total life performance using time -proven formulas. These take into account requirements for diameter, length, condition of pipe, flow rates, temperature, pressure and corrosiveness of the materials being carried. INSITUFORM, STANDARD INSTALLATION PROCESS The standard Insituform® process has been used throughout the world for the rehabilitation of over 25,000 miles, of pipe ranging in size from 6" to 120". The process uses a resin -impregnated, flexible felt tube which is installed into and through an existing pipe using water or air pressure. While the liner is held tightly against the host pipe, hot water, steam or Ultra -violet (UV) light is utilized to cure the thermosetting, or Tight -cured resin. The flexible resin tube can accommodate various pipe shapes — round, square, rectangular, oval or arched. The Insituform® tube can negotiate bends, elbows, missing sections, offset joints, misalignment and steep slopes. Standard applications include process and sanitary sewer, storm drains, process lines, slurry lines, force mains and siphons. Resin systems used include polyester, vinyl ester and epoxy, designed to meet service requirements. Installation lengths typically range from 250 feet to over 2,500 feet, depending on pipe size and condition. Service laterals are re -opened internally using robotic cutters. 3 FORM OF BID OR PROPOSAL ADDENDUM NO. 1 — 2/8/2024 FY 2024 CIP Pipelining Phase IVB1 CONTRACT NO. 1102 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of Delaware a Partnership consisting of the following partners. N/A having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by AECOM now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete the FY 2024 CIP PIPELINING PHASE IVB1, CONTRACT NO. 1102, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2024 CIP Pipelining Phase IVB1 Item Description Unit Estimated Quantiles Unit Price Total Amount BASE BID 1 8" Diameter CIP Pipe Lining _ LF 5,101.00 $ 33.31 $ 169,914.31 2 10" Diameter CIP Pipe Lining LF 1,585.00 $ 36.16 $ 57,313.60 3 12" Diameter CIP Pipe Lining LF 911.00 $ 45.90 $ 41,814.90 4 Lateral Reinstatement EA 189.00 $ 69.24 $ 13,086.36 5 3-FT Lateral Grouting EA 189.00 $ 858.74 $ 162,301.86 6 Pipe Televising - 8" LF 10,202.00 $ 3.85 $ 39,277.70 7 Pipe Televising - 10" LF 3,170.00 $ 3.85 $ 12,204.50 8 Pipe Televising - 12" LF 1,822.00 $ 3.86 $ 7,032.92 9 Type A Pipe Cleaning - 8" LF 5,101.00 $ 6.16 $ 31,422.16 10 Type A Pipe Cleaning - 10" LF 1,585.00 $ 6.18 $ 9,795.30 11 Type A Pipe Cleaning - 12" LF 911.00 $ 6.19 $ 5,639.09 12 Type C Root Removal - 8"-10" LF 3,343.00 $ 10.59 $ 35,402.37 13 Type C Root Removal - 12"-15" LF 455.00 $ 10.36 $ 4,713.80 14 Type D Lumberjack - 8"-10" LF 3,343.00 $ 15.41 $ 51,515.63 15 Type D Lumberjack - 12"-15" LF 455.00 $ 15.45 $ 7,029.75 16 Protruding Taps Removal EA 45.00 $ 308.23 $ 13,870.35 BASE BID TOTAL $ $ 662,334.60 FORM OF BID AECOM 1160721823 ADDENDUM NO. 1 — 2/8/2024 CONTRACT NO. 1102 FB-1 of 3 FY 2024 CIPP BID ALTERNATE NO. 1 101 8" Diameter CIP Pipe Lining LF 2,540.00 $ 28.13 $ 71,450.20 102 Lateral Reinstatement EA 40.00 $ 47.39 $ 1,895.60 103 3-FT Lateral Grouting EA 40.00 $ 879.24 $ 35,169.60 104 Pipe Televising - 8" LF 5,080.00 $ 3.86 $ 19,608.80 105 Type A Pipe Cleaning - 8" LF 2,540.00 $ 6.15 $ 15,621.00 106 Type C Root Removal - 8"-10" LF 1,270.00 $ 10.27 $ 13,042.90 107 Type D Lumberjack - 8"-10" LF 1,270.00 $ 15.44 $ 19,608.80 108 Protruding Taps Removal EA 20.00 $ 308.62 $ 6,172.40 BID ALTERNATE NO. 1 TOTAL $ $ 182,569.30 Item Description Unit Estimated Quantity Unit Price Total Price ADDITIONAL CLEANING RATES 201 Type A Pipe Cleaning - 8" HR 50 $ 462.35 $ 23,117.50 202 Type A Pipe Cleaning - 10" HR 50 $ 462.35 $ 23,117.50 203 Type A Pipe Cleaning - 12" HR 50 $ 462.35 $ 23,117.50 204 Type C Root Removal - 8"-10" HR 50 $ 462.35 $ 23,117.50 205 Type C Root Removal - 12"-15" HR 50 $ 462.35 $ 23,117.50 206 Type D Lumberjack - 8"-10" HR 50 $ 462.35 $ 23,117.50 207 Type D Lumberjack - 12"-15" HR 50 $ 462.35 $ 23,117.50 208 Type A Pipe Cleaning - 10" HR 50 $ 462.35 $ 23,117.50 209 Type C Root Removal - 8"-10" HR 50 $ 462.35 $ 23,117.50 210 Type D Lumberjack - 8"-10" HR 50 $ 462.35 $ 23,117.50 211 Type D Lumberjack - 12"-15" HR 50 $ 462.35 $ 23,117.50 A table of expected cleaning times per segment shall work. be submitted to the Owner prior to beginning 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of Five percent (5%) of bid amount -Dollars ($ ) in the form of a bid bond , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. FORM OF BID AECOM 160721 823 ADDENDUM NO. 1 — 2/8/2024 CONTRACT NO. 1102 FB-2 of 3 FY 2024 CIPP 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form indicating Resident Bidder Certification ( ), or Non -Resident Bidder Certification ( X ). (Mark one.) 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date 02/08/2024 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. BY: Insituform Technologies USA, LLC February 29, 2024 (Name of Bidder) (Date) Title Patrizia H. Sordillo, Contracting & Attesting Officer Official Address: (Including Zip Code): 580 Goddard Avenue, Chesterfield, MO 63005 I.R.S. No. 43-1319597 FORM OF BID AECOM #60721823 ADDENDUM NO. 1 — 2/8/2024 CONTRACT NO. 1102 FB-3 of 3 FY 2024 CIPP INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: Insituform Technologies USA, LLC ADDRESS: 580 Goddard Avenue, Chesterfield, MO 63005 (Check One) PRIME X SUBCONTRACTOR FEDERAL ID#: 43-1319597 PROJECT NAME: FY 2024 CIPP Pipelining Phase IVB I PROJECT CONTRACT NO.: 1102 DESCRIPTION OF WORK: I7 Brickwork ❑ Carpentry U Concrete ❑ Drywall -Plaster -Insulation ❑ Electrical Li Excavation/Grading L Flooring ❑ Heavy Construction I Heating -Ventilating -Air Cond. SALES TAX EXEMPTION AECOM #60721823 U Landscaping ❑ Painting ❑ Paving ❑ Plumbing Li Roofing -Siding -Sheet Metal ❑ Windows O Wrecking -Demolition 71 Other (Please specify) X CIPP CONTRACT NO. 1102 STE-1 of 1 FY 2024 CIPP NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Missouri County of St. Louis Patrizia H. Sordillo )ss , being first duly sworn, deposes and says that: 1 He is EAwner, Ra4ner; Officer, Representative, or Agent) , of Insituform Technologies USA, LLC , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Patrizia H. Sordillo, Contracting & Attesting Officer Subscribed and sworn to before me this 29th My commission expires July 8, 2024 NON -COLLUSION AFFIDAVIT CONTRACT NO. 1102 AECOM #60721823 Title day of February , 2024. Title DEANE PAR t ti i E Notary Pub4c - Notary Soul STATE OF Mt LGOUFU Si. Louis County My Commission Expires: .1* 8.:?#t Commission 012505471 NCA-1 of 2 FY 2024 CIPP AECOM #60721823 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions, or affiliations. The contractor, subcontractor, vendor, and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7 The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 1102 EOC-1 of 2 FY 2024 CIPP AECOM #60721823 subcontract or purchase order unless exempted by the rules, regulations, or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) Insituform Technologies USA, LLC ancr-F 0) ppropriate Official) Patrizia H. Sordillo, Contracting & Attesting Officer (Title) February 29, 2024 (Date) EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 1102 EOC-2 of 2 FY 2024 CIPP TITLE VI CIVIL RIGHTS During the performance of this contract, the contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non- discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, about the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event of a contractor becomes involved in, or it threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. TITLE VI CIVIL RIGHTS CONTRACT NO. 1102 AECOM 1160721823 TVI-1 of 1 FY 2024 CIPP Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: X Yes l INo Yes Yes Yes X No IN No I�I No Yes I No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: Dates: / / to You may attach additional sheet(s) if needed. City, State, Zip: Address: City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: Missouri 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. X Yes l INo See Attached You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Insituform Technologies USA, LLC Signature: Date: February 29, 2024 Patrizia H. Sordillo, Contracting & Attesting Officer You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) BSF-1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. B il a a Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. Yes X No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. Yes © No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. Yes 1E1 No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. Yes X No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. Yes IN No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. Yes IE No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. Yes X No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. Yes X No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. Yes 1 No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) 13SF-2 Preference Yes Contracts for Job or Service Performance Veterans Scope of Preference & Conditions Statute 34.070 -- Reciprocal law applies to all commodities and tangible personal property manufactured, mined, produced, processed, or grown within the State of Missouri, to all new generation processing entities defined in Section 348.432, RSMo, except new generation processing entities that own or operate a renewable fuel production facility or that produce renewable fuel, and to companies doing business as Missouri firms, corporations or individuals, when quality is equal or better and delivered price is the same or Tess. Such preference may be given whenever competing bids, in their entirety, are comparable. "Commodities" shall include any agricultural product that has been processed or otherwise had value added to it in this state. The preference is not applied to public works or product transportation where bid is less than $5,000.00, nor is it applied for bids with Department of Transportation when Federal funds are involved. Vendor need not claim preference. Statute 34.073.1 -- In awarding contracts for the performance of any job or services, preference shall be given to companies doing business as Missouri firms, corporations or individuals or which maintain Missouri offices or places of business, when the quality of performance promised is equal or better and the price quoted is same or Tess, or whenever competing bids, in their entirety, are comparable. In awarding contracts for the performance of any job or service, all agencies, departments, institutions, and other entities of this state and of each political subdivision of this state shall give a three point bonus preference to service -disabled veteran businesses. The goal is not required and the provisions of this subsection shall not apply if there are no (or insufficient) bids or proposals submitted to the public entities listed above. Preference for the Blind Statute 34.165 — When making purchases for the State, its governmental agencies or political subdivisions, the commissioner of administration shall give bidding preference consisting of a ten point bonus on bids for products and services manufactured, produced or assembled in qualified nonprofit organizations for the blind. (Form CCO-4) Rev. 06-20-02 ZO L .ON lOVHINO0 0 Enj 0 CD 0 0) 0) 0 n O • v ID 0. ID 0 0 CD v c 0. 03 0 et- .i-v a) 3 0 .a 0 0. min a 0 0 0 V) ID 0 0 0. 0 0 °* z m a 0- a (' a CD ° ° a rt 5 0) co cn 11)m P CO -0 c fp co (75 c 0 O : o ° w. 0 CT v a(n acl) -3 ° 3co O o co 0 o r* a51: v D D-CT 1/4 o 0 m u oD) o 0 ( v 5_1- 0 0 v 5_4- rt O v 0 ▪ oc O U v o 2� °3c13 o°_ 0 aC .0 (130 -a Q. o o << (n.< o o CT � O o- CT c ° 3 0 o c o a c D- a ° 4/3 O O c 0 o- c o 0 r D 0 0 0 c a c_ 0 ° w a 0c < 0 ° fl: ° _� n+ o ° 0< 5' o ° 0 3 a 6 3 ca CD D O 0' 0 c o �, O0 � h a) 0 o o o 0) 0 3 0 a)• : _ 5. ° 00 c W co ° � N am ((,� a oo N ° W • co a(7, : :. tzt mo s� CO 0. D c c-) • r co r* o n a O LJz • °i o CO 0) m O o m n or o h C) �D O CO F rn 0 co ° - c I a) ci3 O- c cc) ° ' • o a O 1 c ,< C. O 0• c CT o (n ° o' 0 o u) ° o 3 ca - ° ' o o in CD c � c o a- 0 o o al 5 -; ° v o 0 3 v '+ ° .0 0 c °r* o -6 w 0 D- C 0 CL 0-5' 0 CO Contractor Signature: Contracting & Attesting Officer 0 rt ° t Z0Z, '6G £IEnJga3 0 X Z -0 0 v o a)rn D W.v CO o o c < 0 � c OZ 0- -' 0 o � O O (o Ic o o c �c co Z aO o c * - 3 5. (0 v E o W am • cp rn� % c� co o W o m0 c r* 0- 0 0 0 0 - 3 v-a o VI re- p- - 0 0- a c c� v ° c 0) ° ° 0- 0 4 3 CT O v 0 D- CI) 0 CD Prime Contractor Name: H 0 0 0 0 JR 0' V) -o r 0 r-* a b 0 r 0 0 v 0 N 0 -v ring 00 co vm (-) O co zm D00 nc -1 Z m O CD gz 73 O-0 Z 70 O rn rn Waterloo le. GEE log blddf4 2/29/2024 2/9/2024 Frcna low a DOT wttnIte as of lst[uEi lit EmailWag 22d/FYY til rbeakted CerUButio_Type York Description bowl Address ffSMt 14M Bayefrt kaa Qattef Seat Mats- 49' OS VsEa/thank.escr. aeon, Fri4-4„ earth rcrIti, Metal vn&rgro_rd • - ::.rlaPAr6 -_ ... • Gard _ hata4l Nag.. Nos Rwry 2/22/2024 1/23/2)24 Ii:t t'f: -S Wit prying, boring ' - 1415 Hay 169 Mount An LA 50451 mart tzSmccm^itQrag/gfww.coo 2/11/Y.•24 tellies, balk Control. pHrrtnt and Imp prrt.rent rnerlirgs, traffic 3M ConineMartinet tny ttC Pere rt 641.2024224 POBot4558 Cedar Wads Pa 5240S rnNeer®ad, arced traEPc.com 2/12/N24 2/22/2021 MSE sickly temp brie rA ttrp atop Fghts, Ragged, message iwtrds,rodl-r gnarl screen temp flood r¢,t ttrp In separator, relnbcced steel edited Pean barricades and barriers, ',snag', pallid tp and rartk, Pathan Meased Relic Control. hie. Yrcifs Miller 319-396 S700 Sawa Ave Ike.* NE 68507 tannen,asoeds-'ucm 2/12/2)24 2/27/2d24 YrSE pa7t vehicle operation traffic contic4-Ver7N, fagging andsetated- nee factterol standard ardantora roadwn and Uaff( centred %,Doge, sappier/wMYtger of Uaff( tonal tScuge and related prodkorb Soppier auterlah; traffc cantratUaHe control epiptcrent Al foals Berkedes, arem, Timm Bruner 402467-M3 a 6)3 E 1st Arena Coal Yale( R 61241 sancta 6omewuw/fbglaabal net 2/12/7Jtl 2/21/2021 WEE «real Trafh tenad and nor Monte, r.an txheer barricades and BfState Brckade aryl Ftnang, Inc Tamara vs a lloe^M 309-799-9500 1547/Action Street Des lobes N 50314 Lank tits lneUenxtten 2/12/2)24 2/22/2024 WEE sign; swain: changeable message straw Boncke's Barricades,Rae Barricades, 6v— goner ss S15-2124377 kt!y#tooptnes actl!k(oe 2/l2/2024 2/22/2024 %VIE Water and rK d sewer Eft felted tttme toretnebon, poaef and cornaturicatton Une and relatedltnctstes construction, horizontal driangaanduwo e4 cab., ppelre, sewer Installation 115 East Ph Street pnvdlee OE 74447 Wart ppe, Dow able ants, gigs Ce', Dadaly peeing sfiWst, ttC f4?y Barony 918-777-8818 Cooper Pesecrets, ddPatbrten/detor�c tom 7/12/2024 2/22/N24 WEE polymer grid,sh»sAdeas,ub&alns, wetland fln tigatOstorm Ksef Malts, water reigns, rb rap, and bvting Dana anted -Patterson 319-633-3334 1320NEd%Anna WashInaton N 52353 µ'BE FvB rage of professional traffic control nes; Iraork4 Dawn; Dety4CoewUuetalhc. 403µfiYnY An Ames U. 50010 Epvaato I`^�''� m�'� 2/12/N24 2/12/2024 - kluge and plot can cn sacseceo al&Sari; htalatnn of water and Construction Anger hos USA, ItC Jodi McGo,dole 51S-233-S97S . Vat Sang tlwalite eup•bxWg tom 2/12/N24 2/22/2024 state lInes, and [srtdnpiece ripe P.O. 6a036 Late CrntW PM WAS BMp approaches, catchbasMs, cab ad glitter, concrete- GM[cann nt,. SuzanneSvee Herein 507-7264133 1416 Fierce Street Sion Ott IA 51105 la daco.nstrsrttscr'1013/4^el con 2/12/2a24 2/22/20 24 NISI&).rats, sidealls, r-kc Rataak-Dr ernent pa kaki, recreational balk, reta6nig wart, dnaJtdert-preband star Itself titlesIRA Con strnecet UP tuael Fein 712.22140S0 3409 Scoot Pledge Ct Des Mans 41 50317 )atixncvttract'-uro.2$g-ae car+ 2/12/N24 2/22/2024 MbE MUTCD, trite control, rrnbreM conwlrval on, erosion contrcts.Rt prepcearry,pebbsng etc; rghd of way makeerwte, e road rnentene repins Oety bvpeetoes.bridge preMatkvic mi*teanrclvUity rag+!eraict nagcnrdUvCGY%*tfinb derkes/stgring coc8 Wetix• iae twpectanconsttvclon see r tted& testnytonstutkn the docvneMation See peeps Men corbxtors+or'vontal boring and coMWctoc>; Season Contrxlkg,LLC Plst•-nond Jackson 515-3064$7 )eeN4er/-�borl-4 con 2/12/N24 2/22/2024 Wit watt( and user in and ittettd sUvctres construction; other Kerr/ aid c4r0 entree ring construction a rfr4ct 41Cadtvl la Rood Nisi -Weld 140 63389 Wbt Sanitary se eel toreros tcaatnxVon 1618ak,4.lx- knife: Boviut 6)6-5666766 3142 Nolen* Steger R 60175 kte.41'—constrvctre. con 2/12/N24 2/12/2024 r/a c/a Not bidd�i Sewer and warm connection and cdratnetioa; demo6Yati eras Construction Co. pane, Inc. Yon A-Vain70g•7344131 IrteH6iMs--neon 2/l7/N24 2/22/2J24 M;E Dadrtt enrrettc hahgof nkbk a b sac dretU0 daring and h04Ua+'dal bo4r4 commercial and Institutional construction and road and {treed crosVKtion Asence N, Sue 21 Item ayots 55428 Mean Coopayts, Inc. dba Pttes Water & Sewer Leroy Mewl, k. 763-515.7428 860173rd N 1/12/2024 2/22/2224 Atterwlors, tddje approaches, tonne te- t.trrrn, Wittig . fatsc4 CC((rete barrier wag, par tying, crash ct,stons, cwaft Frye, doweb, erosion cortrolseed, sod and rip rap, exmticn fencing, fbw*1e mesa, den gr14 gar&al, preaMMpatehtg. parka; baskets, peed ssbbase, ret+Aarirg steel Instal, reaorat3. WEE retied-g Nils, threaders, storm snefr4alts, skbdrifd, traffic control. bee I hap and re moral, &any an 6rvbbts rvt,txMt( sap*, r2sc kerns 3194467142 322173rd street Atlty 52206 a: ^elPraldsbat°yd s^ltny-taw Asphaltwhy,bridge* woxhes. concrete, pc paving, plied kind py, Staten►ebx and Y2pInd- Arne D,fPe1d 308 kaM.rn St. Cedar Rapids LA 50613 Dorirdarm.<IcAawtt 2/12/2024 2/21/N21 WBE tidte ai/rnreatcnve bah, penmen )opts-sedrd, sawing and ryas premtM pakla•g, pa,4rd batteb, trait( control Water and kdgatwn water sway and systems, water and sewer Wryest ConUxton, Int.Dohda Pounds 3112f6251b eAi 2/12/2024 2/12/2024 Ar9E line and rested Itnvtaes canto -torn, 01 and gas Pisan, and rested finishers construction, ear's prep and evtorrg, sports; and peep and recreational hstrecton, wading, genera a:M repay, trvclkg-btY 553-3202325 323 West 364 Street Dreerport 526)3 di artaar+stHgdma&cona and archtectnal metal wort, ma elacted-y Meta bye Sena( es Ltd Co. Guadalupe t)aa M thief 8910W 192nd St Ste Win) ItQwaved 60444 recoktraspewc-cn"t 2/12/2024 2/22/2024 WEE ptes, al other risc fabricated re Lai prodvtts. Traffic card sSDd North American Safety Pfodxts Int Nicole Hato 8004754946 U 2/12/2024 2/22/2024 KBE Bride-e apprwhes, concrete drberras, sidewaAs, r..tu. RKwa ; curb and gutter, erosion caArdseed, sod„ and ep rap, pc ponied wart, pavement lents, sewag, sraig led toured. pramere pan4gbastets, retiring wag, tieing 1306 Oaf Road Small Stew -boa lock 50672 usset/etko^sbs'tts°°`t°'^ patching, Asphat pr.4ng, aspteR pakl rj.tiKk fSri, sealcostig, CadWctcn Cask Babcock 641.7514373 624 Maas St B.riry-tan 4t 52601 Wet f^d NP'aa<°m 2/12/2024 2/T2/zeta KBE concrete reo'ori, concrete okaying. graded, kne swot stag owes replacementPro )Mt cotopcter serrates, co st?t g conntrocton enanagea+nt ►rMylit Nancy :re A1ctl 3194706077 nth SUett CMtago IL 60616 dtex/rsata6scorw 2/12/2024 2/21/IJ24 µit aatet and seat Ent, water and sewage treatment plant, lathing, road, street and bridge construe Con RM.Chas and Assotbtts. Inc. Mtn ein 312-555-2000 SCOW. 6439 fisTps'1h Stitt 12 St laid MO 63133 fs°�e/sgi0.tOws 2/17/2024 7/77/292e Mil Waterand sent inn and reh!ed structures construction, fltldeM1tial remodel, CKatlteryard chi en�fYeragfafatfvt4nn [Wirt blade structures (star sewer Intalts andjnctan Sine Grasp lLC knead Moore 314-196-3030 12162nd Are SE Sioux DU IA IA 51250 trxdfdnalscnaCan 7/17/M24 1/12/2024 7/77/2JIl 1/23JN21 K'6F se ON (of In streets); torts) kf streets and Nghwras; Tar yoks Srnal concrete Rstwat yobs (e par sldewals, denester pads, &lee U,o hoes) thro lanes) btpasf pat+?ig,SMH/w ate wnY.MlNnce, TMMena Constroct;on Sertnces, L1C Traci 'keen 7124/1.1451 309.7554)600 115010th Street Moire R. 61244 debe:xoertton 2/12/2724 2/22/2024 WBE panner4 marts by -fro emanation, lrydob4ast g, swetp%tg and power Inc, %pert, power wadsed, cootie -vent and raronldhuardon rate Topped lettryl Sen4ce, erc TonedDebra TonedEast Irs: AEG Stronger. Safer. Infrastructure: Christina Koller 580 Goddard Avenue Chesterfield, MO 63005 314-343-9152 nsitufvrm• February 29, 2024 Subject: Waterloo IA FY2024 CIP Pipelining Phase IVB1, Contract 1102 To Whom It May Concern, Insituform Technologies, USA LLC has solicited subcontractor quotes from a number of DBE/MBE/WBE contractors to meet the goals for this project. These contractors specialize in Water and sewer line and related structures construction. Of the list contractors solicited (please see attached), no one responded to provide us pricing for the project. I have included documentation which shows details of Insituform's good faith efforts in soliciting DBE/MBE/WBE subcontractors for this project. Please find the attached spreadsheet detailing contractors contacted along with a copy of the emails that were sent. I have also included a copy of the advertisement that I posted online with Dodge Construction Network. The link can be located here. INSITUFORM TECHNOLOGIES USA,LLC- I ITB-CON I RACI NO.1102-FOR, WA I ERLOO,IA FY2024 CIP PIPELINING PHASE IVB1 PROJECT. This advertisement was posted on 2/12/2024 and will run through the bid date. Again, Insituform Technologies, USA LLC will not be able to meet the DBE/MBE/WBE goals for this project. Please accept this documentation as our good faith effort in meeting the goals on this project. Sincerely, k607 Christina Koller Bid Manager Insituform Technologies USA, LLC Bid Advertisement on Dodge Data Network online from 2/12/2024 2/29/2024 2/12/24, 2:47 PM about:blank DODG DATA Sr ANALYTICS Print INSITUFORM TECHNOLOGIES USA,LLC INSITUFORM TECHNOLOGIES USA,LLC-ITB-CONTRACT NO.1102-FOR, WATERLOO,IA FY2024 CIP PIPELINING PHASE IVB1 PROJECT. Project Specs: Notice ID #: 8599 Location: IA: Waterloo Bid Date: 02/26/2024 Type Of Notice: Invitation to Bid Contact: See Notice Summary for details on how to respond to this notice. Notice Summary: ia AEOION' Stronger. Safer. Infrastructure; Hello, Insitufiorm- Insituform Technologies USA, LLC intends to bid as a prime contractor on the upcoming project titled Waterloo IA FY2024 CIP Pipelining Phase IVB1, Contract 1102. We are seeking proposals from registered minority contractors through the state of Iowa DOT to assist us in completing the requirements for this project. Insituform Technologies USA LLC, an Aegion Company, is an Equal opportunity Employer. We would be happy to work with your firm in breaking down these bid items to assist in your ability to quote some of this work. If you need to obtain bonds, lines of credit, permits or insurance as required, assistance is available. If you wish to provide us with a quote, please note that they are due by Monday, February 26th @ 9AM CST. Please submit quotes to mwarner@aegion com and ckollet@aegion.com aegion.com about:blank 1/2 2/12/24, 2:47 PM about:blank Please contact us to provide a link to view the specs and ,plans. If you plan to submit a quote, it's required that a non - collusion affidavit of subcontractor is filled out and returned with your quote. We would appreciate a quote from your firm. Please contact us with any questions regarding this project at 314-343-9152 Thank you. about:blank 2/2 D'N Dodge Construction Network BILL TO: AEGION CORPORATION Chrissy Koller 580 Goddard Avenue Chesterfield MO 63005 ADVERTISER: 11 D AV Invoice #: 340604523 Account #: A40000546 Invoice Date: 2/14/2024 PUBLICATION: Dodge Daily & Weekly Bulletins - Classified STATE OF NEW JERSEY COUNTY OF MERCER I, Cynthia Serrano, OF THE COUNTY OF MERCER, STATE OF NEW JERSEY, HAVING DULY BEEN SWORN, DEPOSES AND SAYS I AM NOW AND AT ALL TIMES HEREINAFTER MENTIONED A CITIZEN OF THE UNITED STATES OF AMERICA, OVER TWENTY-ONE YEARS OF AGE, AND COMPETENT TO BE A WITNESS ON THE HEARING OF THE MATTERS MENTIONED IN THE ANNEXED PRINTED COPY NOTICE HEREINAFTER SET FORTH; I HAVE NO INTEREST WHATSOEVER IN ANY OF THE SAID MATTERS, I AM NOW AND DURING ALL TIIMES EMBRACED IN THE PUBLICATION HEREIN MENTIONED AS A CLERK OF THE NEWSPAPER, A NEWSPAPER OF GENERAL CIRCULATION PRINTED AND PUBLISHED IN SAID COUNTY, AS CLERK DURING ALL TIMES MENTIONED IN THE AFFIDAVIT I HAVE HAD AND STILL HAVE CHARGE OF ALL ADVERTISEMENTS AND NOTICES PUBLISHED IN SAID NEWSPAPER; THAT SAID LEGAL NOTICE OF WHICH THE ANNEXED IS A TRUE PRODUCTION COPY OF THE PRINTED PAGE IN WHICH THE ADVERTISEMENT WAS PUBLISHED IN THE ABOVE NAMED NEWSPAPER ON THE FOLLOWING DAYS TO WIT: 2/14/2024, 2/12/2024 Ad Caption: ITB-CONTRACT NO.1102-FOR, WATERLOO,IA FY2024 CIP PIPELINING PHASE IVB1 PROJECT I CERTIFY (OR DECLARE) UNDER PENALTY OF PERJURY THAT THE FOREGOING IS TRUE AND CORRECT SIGNED, CHAACio_Q/CCcSn o CLERK 1st Email Sent Christina Koller From: Sent: Cc: Subject: Attachments: Tracking: Christina Koller Monday, February 12, 2024 2:32 PM Mark Warner Request for Quotes ---Waterloo IA FY2024 CIP Pipelining Phase IVB1 subcontractor form required.pdf Recipient Mark Warner rmartinez3mcontracting@gmail.con vmiller@advanced-traffic.com tammy@allroadsinc.com tamara_houseman@sbcgloabal.net barricades@netzero.com kelly@cooperresourceslIc.com ddpatterson@delonginc.com jodim@fpusa.us sharazin@gmcontractinginc.com iandaconstruction2013@gmail.com jacksoncontractinggroup@gmail.coi jennifer@jjboring.com info@kimconstruction.com Imeyer@pwsmn.com anne@midstatesrebarsupply.com Dorinda.mwc@cfu.net diaztapmaster@gmail.com nicole@naspinc.com cassie@oelconstruction.com propavingllc06@gmail.com eileenc@rmchin.com rmoore@scgstl.com traci@tmaltena.com deb@toppert.com Delivery Read Delivered: 2/12/2024 2:32 PM Read: 2/12/2024 2:36 PM Re: Waterloo IA FY2024 CIP Pipelining phase IVB1, Contract No 1102 Hello Contractors, Insituform Technologies USA, LLC is presently soliciting for the following work in connection with the above referenced project. See Zink below to view the specs and plans. 1 Waterloo IA (CK) FY2024 CIP Pipelining Phase IVB102 29 2024 Insituform Technologies USA. LLC is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color, sex, or origin. If interested in bidding, your proposal must be submitted to (via email) to mwarner@aegion.com and/or ckoller@aegion.com by Monday, February 26, 2024 by 9:00 AM CST. If you intend to submit a quote, please fill out and return the attached non -collusion affidavit of subcontractor with your quote. Sincerely, Chrissy Koller Bid Manager Chrissy Koller I Bid Manager 1 Insituform Technologies, LLC 580 Goddard Avenue 1 Chesterfield, MO 63005 Office: 636.530.8610 I CeII: 314.343.9152 ( Fax: 636.898.5094 I www.Aegion.com ckoller@aegion.com I, AEGION Stronger. Safer. Infrastructure: Aegion is the parent company of Aegion Coating Services, Corrpro Companies, EN -TECH Infrastructure, Environmental Techniques, Fibrwrap Construction Services, Insituform Technologies, MTC, and Underground Solutions [0] SAFETY • l (o) INTEGRITY INCLUSION SOLUTIONS RESULTS OUR VALUES 2 lst Email Delivery Receipts Christina Koller From: Microsoft Outlook To: rmartinez3mcontracting@gmail.com; vmiller@advanced-traffic.com; tammy@allroadsinc.com; tamara_houseman@sbcgloabal.net; barricades@netzero.com; kelly@cooperresourcesllc.com; ddpatterson@delonginc.com; jodim@fpusa.us; sharazin@gmcontractinginc.com; iandaconstruction2013@gmail.com; jacksoncontractinggroup@gmail.com; jennifer@jjboring.com; info@kimconstruction.com; Imeyer@pwsmn.com; anne@midstatesrebarsupply.com; Dorinda.mwc@cfu.net; diaztapmaster@gmail.com; nicole@naspinc.com; cassie@oelconstruction.com; propavingllc06@gmail.com; eileenc@rmchin.com; rmoore@scgstl.com; traci@tmaltena.com; deb@toppert.com Sent: Monday, February 12, 2024 2:32 PM Subject: Relayed: Request for Quotes ---Waterloo IA FY2024 CIP Pipelining Phase IVB1 Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: rmartinez3mcontracting@gmail.com (rmartinez3mcontracting@gmail.com) vmiller@advanced-traffic.com (vmiller@advanced-traffic.com) tammy@allroadsinc.com (tammy@allroadsinc.com) tamara houseman@sbcgloabal.net (tamara houseman@sbcgloabal.net) barricades@netzero.com (barricades@netzero.com) kelly@cooperresourcesllc.com (kelly@cooperresourcesllc.com) ddpatterson@delonginc.com (ddpatterson@delonginc.com) jodim@fpusa.us (jodim@fpusa.us) sharazin@gmcontractinginc.com (sharazin@gmcontractinginc.com) iandaconstruction2013@gmail.com(iandaconstruction2013@gmail.com) jacksoncontractinggroup@gmail.com (jacksoncontractinggroup@gmail.com) jennifer@ijboring.com (jennifer@jjboring.com) info@kimconstruction.com (info@kimconstruction.com) Imeyer@pwsmn.com (Imeyer@pwsmn.com) anne@midstatesrebarsupply.com (anne@midstatesrebarsupply.com) Dorinda.mwc@cfu.net (Dorinda.mwc@cfu.net) diaztapmaster@gmail.com (diaztapmaster@gmail.com) 1 nicole@naspinc.com (nicole@naspinc.com) cassie@oelconstruction.com (cassie@oelconstruction.com) propavingllc06@gmail.com (propavingllc06@gmail.com) eileenc@rmchin.com (eileenc@rmchin.com) rmoore@scgstl.com (rmoore@scgstl.com) traci@tmaltena.com (traci@tmaltena.com) deb@toppert.com (deb@toppert.com) Subject: Request for Quotes ---Waterloo IA FY2024 CIP Pipelining Phase IVB1 1st Email Read Receipts Christina Koller From: To: Sent: Subject: Your message Traci Altena <traci@tmaltena.com> Christina Koller Monday, February 12, 2024 2:38 PM Read: Request for Quotes ---Waterloo IA FY2024 CIP Pipelining Phase IVB1 To6 Subject: Request for Quotes ---Waterloo IA FY2024 CIP Pipelining Phase IVB1 Sent: Monday, February 12, 2024 8:38:15 PM (UTC+00:00) Monrovia, Reykjavik was read on Monday, February 12, 2024 8:38:07 PM (UTC+00:00) Monrovia, Reykjavik. Christina Koller From: Sent: To: Subject: info kimconstruction.com <info@kimconstruction.com> Monday, February 12, 2024 4:57 PM Christina Koller [EXTERNAL] Re: Request for Quotes ---Waterloo IA FY2024 CIP Pipelining Phase IVB1 This message is from an external sender. DO NOT CLICK on links or attachments unless you recognize the sender and know the content is safe. No bid. Nothing on there for us. Thanks Brett Get Outlook for iOS From: Christina Koller <CKoller@aegion.com> Sent: Monday, February 12, 2024 2:32:10 PM Cc: Mark Warner <MWarner@aegion.com> Subject Request for Quotes ---Waterloo IA FY2024 CIP Pipelining Phase IVB1 Re: Waterloo IA FY2024 CIP Pipelining phase IVB1, Contract No 1102 Hello Contractors, Insituform Technologies USA, LLC is presently soliciting for the following work in connection with the above referenced project. See link below to view the specs and plans. Waterloo IA (CK) FY2024 CIP Pipelining Phase IVB102 29 2024 Insituform Technologies USA. LLC is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color, sex, or origin. If interested in bidding, your proposal must be submitted to (via email) to mwarner@aegion.com and/or ckoller@aegion.com by Monday, February 26, 2024 by 9 00 AM CST. If you intend to submit a quote, please fill out and return the attached non -collusion affidavit of subcontractor with your quote. Sincerely, 1 2nd and Final Reminder Email Sent Christina Koller From: Sent: Cc: Subject: Attachments: Tracking: Christina Koller Thursday, February 22, 2024 4:29 PM Mark Warner Request for Quotes ---Waterloo IA FY2024 CIP Pipelining Phase IVB1, Contract 1102---2nd and Final Reminder subcontractor form required.pdf Recipient Mark Warner rmartinez3mcontracting@gmail.com vmiller@advanced-traffic.com tammy@allroadsinc.com tamara_houseman@sbcgloabal.net barricades@netzero.com kelly@cooperresourcesllc.com ddpatterson@delonginc.com jodim@fpusa.us sharazin@gmcontractinginc.com iandaconstruction2013@gmail.com jacksoncontractinggroup@gmail.com jennifer@jjboring.com Imeyer@pwsmn.corn anne@midstatesrebarsupply.com Dorinda.mwc@cfu.net diaztapmaster@gmail.com nicole@naspinc.com cassie@oelconstruction.com propavingllc06@gmail.com eileenc@rmchin.corn rmoore@scgstl.com traci@tmaltena.com deb@toppert.com **2nd and Final Reminder: Re: Waterloo IA FY2024 CIP Pipelining phase IVB1, Contract No 1102 Hello Contractors, Delivery Delivered: 2/22/2024 4:29 PM Insituform Technologies USA, LLC is presently soliciting for the following work in connect with the above referenced project. See link below to view the specs and plans. Waterloo IA (CK) FY2024 CIP Pipelining Phase IVB102 29 2024 Insituform Technologies USA. LLC is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color, sex, or origin. If interested in bidding, your proposal must be submitted to (via email) to mwarner@aegion.com and/or by Monday, February 26, 2024 by 9 00 AM CST. If you intend to submit a quote, please fill out and return the attached non -collusion affidavit of subcontractor with your quote. Thank you. Chrissy Koller I Bid Manager I Insituform Technologies, LLC 580 Goddard Avenue I Chesterfield, MO 63005 Office: 636.530.8610 1 CeII: 314.343.9152 Fax: 636.898.5094 1 www.Aegion.com ckoller@aegion.com I, AEGION1 Stronger. Safer. Infrastructure: Aegion is the parent company of Aegion Coating Services, Corrpro Companies, EN -TECH Infrastructure, Environmental Techniques, Fibrwrap Construction Services, Insituform Technologies, MTC, and Underground Solutions (0) SAFETY [le) INTEGRITY INCLUSION SOLUTIONS RESULTS OUR VALUES 2 2nd Emai Delivery Receipts I Christina Koller From: Microsoft Outlook To: rmartinez3mcontracting@gmail.com; vmiller@advanced-traffic.com; tammy@allroadsinc.com; tamara_houseman@sbcgloabal.net; barricades@netzero.com; kelly@cooperresourcesllc.com; ddpatterson@delonginc.com; jodim@fpusa.us; sharazin@gmcontractinginc.com; iandaconstruction2013@gmail.com; jacksoncontractinggroup@gmail.com, jennifer@jjboring com; Imeyer@pwsmn.com; anne@midstatesrebarsupply.com; Dorinda.mwc@cfu.net; diaztapmaster@gmail.com; nicole@naspinc.com; cassie@oelconstruction.com; propavingllc06@gmail com; eileenc@rmchin.com; rmoore@scgstl.com; traci@tmaltena.com; deb@toppert.com Sent: Thursday, February 22, 2024 4:29 PM Subject: Relayed: Request for Quotes ---Waterloo IA FY2024 CIP Pipelining Phase IVB1, Contract 1102---2nd and Final Reminder Delivery to these recipients or groups is complete, but no delivery notification was sent by the destination server: rmartinez3mcontracting@gmail.com (rmartinez3mcontracting@gmail.com) vmiller@advanced-traffic.com (vmiller@advanced-traffic.com) tammy@allroadsinc.com (tammy@allroadsinc.com) tamara houseman@sbcgloabal.net (tamara houseman@sbcgloabal.net) barricades@netzero.com (barricades@netzero.com) kelly@cooperresourcesllc.com (kelly@cooperresourcesllc.com) ddpatterson@delonginc.com (ddpatterson@delonginc.com) jodim@fpusa.us (jodim@fpusa.us) sharazin@gmcontractinginc.com (sharazin@gmcontractinginc.com) iandaconstruction2013@gmail.com (iandaconstruction2013@gmail.com) jacksoncontractinqgroup@gmail.com (jacksoncontractinqgroup@gmail.com) jennifer@jjboring.com (jennifer@jjboring.com) Imeyer@pwsmn.com (Imeyer@pwsmn.com) anne@midstatesrebarsupply.com (anne@midstatesrebarsupply.com) Dorinda.mwc@cfu.net (Dorinda.mwc@cfu.net) diaztapmaster@gmail.com (diaztapmaster@gmail.com) nicole@naspinc.com (nicole@naspinc.com) 1 cassie@oelconstruction.com (cassie@oelconstruction.com) propavingllc06@gmail.com (propavingllc06@gmail.com) eileenc@rmchin.com (eileenc@rmchin.com) rmoore@scgstl.com (rmoore@scgstl.com) traci@tmaltena.com (traci@tmaltena.com) deb@toppert.com (deb@toppert.com) Subject: Request for Quotes ---Waterloo IA FY2024 CIP Pipelining Phase IVB1, Contract 1102---2nd and Final Reminder 2 2nd Email Read Receipts Christina Koller From: Sent: To: Subject: Rene Martinez <rmartinez3mcontracting@gmail.com> Friday, February 23, 2024 9:46 AM Christina Koller [EXTERNAL] Re: Request for Quotes ---Waterloo IA FY2024 CIP Pipelining Phase IVB1, Contract 1102---2nd and Final Reminder This message is from an UNTRUSTED Sender. If you have not previously corresponded with this sender. DO NOT CLICK on links or attachments unless you recognize the sender and know the content 41 is safe. thank you for the invite we will not be bidding On Thu, Feb 22, 2024 at 4:29 PM Christina Koller <CKoller@aegion.com> wrote: **2nd and Final Reminder: Re: Waterloo IA FY2024 CIP Pipelining phase IVB1, Contract No 1102 Hello Contractors, Insituform Technologies USA, LLC is presently soliciting for the following work in connect with the above referenced project. See Zink below to view the specs and plans. Waterloo IA (CK) FY2024 CIP Pipelining Phase IVB102 29 2024 1 Christina Koller From: Traci Altena <traci@tmaltena.com> To: Christina Koller Sent: Thursday, February 22, 2024 7:49 PM Subject: Read: Request for Quotes ---Waterloo IA FY2024 CIP Pipelining Phase IVB1, Contract 1102---2nd and Final Reminder Your message To: Subject: Request for Quotes ---Waterloo IA FY2024 CIP Pipelining Phase IVB1, Contract 1102---2nd and Final Reminder Sent: Friday, February 23, 2024 1:48:59 AM (UTC+00:00) Monrovia, Reykjavik was read on Friday, February 23, 2024 1:48:50 AM (UTC+00:00) Monrovia, Reykjavik. Attachment 1 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid.) U.S. Environmental Protection Agency Certification of Non -Segregated Facilities (Applicable to contracts, subcontracts, and agreements with applicants who are themselves performing federally assisted construction contracts, exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause.) By the submission of this bid, the bidder, offeror, applicant, or subcontractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. He certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The bidder, offeror, applicant, or subcontractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national original, because of habit, local custom, or otherwise. He further agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause; that he will retain such certifications in his files; and that he will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods): NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NON -SEGREGATED FACILITIES A Certification of Non -segregated Facilities, as required by the May 9, 1967, order (33 F.R. 7808, May 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. The certification may be submitted either for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or annually). Signature Patrizia H. Sordillo February 29, 2024 Date Contracting & Attesting Officer Printed Name Title NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. EPA-7 5720-4.2 January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 Attachment 2 SRF Required Front -End Specifications (This form must be completed and signed by the Prime Contractor and submitted with the bid.) Debarments and Suspensions Any bidder or equipment supplier whose firm or affiliate is listed in on the U.S. General Services Administration Excluded Parties List will be prohibited from the bidding process. The excluded parties records search engine is located at the System for Award Management (SAM) website https://sam.gov. Pursuant to 2 CFR Part 180, as supplemented by 2 CFR 1532, any entity submitting a bid while the SAM website lists that entity as having an active exclusion will be determined by the DNR to be a non -responsive bidder and will not be able to receive SRF funding. United States Environmental Protection Agency Washington, DC 20460 Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and the principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction: violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 U SC Sec. 10 01, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. February 29, 2024 Signature of Authorized Representative Date Patrizia H. Sordillo Contracting & Attesting Officer Printed Name Title f I I am unable to certify to the above statements. My explanation is attached. January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 Attachment 3 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid.) Disadvantaged Business Enterprise (DBE) Solicitation It is EPA's policy that recipients of EPA financial assistance through the State Revolving Fund programs award a "fair share" of subagreements to small, minority and women -owned businesses, collectively known as Disadvantaged Business Enterprises (DBEs). Iowa's Fair Share goals are: Minority -Owned Enterprise (MBE) Business Goal Women -Owned Enterprise (WBE) Business Goal Construction 1.7% 2.2% Supplies 0.6% 5.6% Services 2.5% 11.3% Goods/Equipment 2.5% 10.4% Average 1.8% 7.4% Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must be certified through the Iowa Department of Transportation (IDOT). Information on certification requirements and a list of certified DBEs is on the IDOT website at https://secure.iowadot.gov/DBE/Home/Index/. Prime contractors' DBE requirements for SRF projects include: • Taking affirmative steps for DBE participation • Documenting the efforts and the proposed utilization of certified DBEs PROJECT INFORMATION SRF Applicant: City of Waterloo Address: 580 Goddard Avenue Bidder: Insituform Technologies USA, LLC City: Chesterfield State: MO Contact Person: Patrizia H. Sordillo, Contracting & Attesting Officer Phone Number: 636-530-8000 Email: psordillo@acgion.com Check if Prime Contractor is: Minority -Owned Women -Owned Zip: 63005 After the Good Faith Efforts Checklist was completed, was a DBE chosen by the primary contractor to be utilized for this Project? Yes No Signature: Patrizia H. Sordillo, Contracting & Attesting Officer GOOD FAITH EFFORTS CHECKLIST Please complete the checklist to determine if you have complied with the requirement to make good faith efforts to ensure that certified DBEs have the opportunity to compete for procurements funded by EPA financial assistance funds. Bidders/offerers must make good faith efforts prior to submission of bids/proposals. 1. Did you ensure that DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities? /Yes No January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 2. Did you make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process? This includes, whenever possible, posting solicitation for bids or proposals for a mini um of 30 calendar days before the bid or proposal closing date. Yes 1 I No 3. Did you consider in the contracting process whether firms competing for large contracts could subcontract with DBEs? This will include dividing total requirements, when economically feasible, into smaller tasks or quantities to permi maximum participation by DBEs in the competitive process. Yes 1 I No 4. Did you encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to hand individually? Yes n No 5. Did you use the services of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce to identify potential subcontractors? Yes n No 6. List the potential DBE subcontractors that were contacted. Only list those that are certified through the Iowa Department of Transportation. Name How phone Contacted call, fax, (e.g. e-mail) letter, Response interested, (e.g. did not not competitive) respond, not s t t oceitat 10 ACCAOAde d 0 ctu -i-eu*7'r PROPOSED UTILIZATION OF DBE SUBCONTRACTORS Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors. CONTRACT ADMINISTRATION PROVISIONS Several contract provisions are required to prevent unfair practices that adversely affect DBEs. These include: 1. Prime Contractor must pay its Subcontractor for satisfactory performance no more than 30 days from the Prime Contractor's receipt of payment from the SRF loan recipient. 2. Prime Contractor must notify the SRF loan recipient in writing prior to termination of a DBE subcontractor for convenience. 3. Prime Contractor must employ the six Good Faith Efforts to solicit a replacement subcontractor if a DBE subcontractor fails to complete work under a subcontract for any reason. January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 Attachment 4 SRF Required Front -End Specifications (This form must be completed and signed by Prime and DBE Subcontractor for each subcontract and submitted with the bid.) * If no DBE was chosen by the Prime Contractor to be utilized for this project, then this form is not required to be submitted. Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form This form is intended to capture the DBE' subcontractor's' description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor's bid or proposal package. Subcontractor Name: Project Name: FY 2024 CIP Pipelining Phase IVB 1 Bid/Proposal No.: 1 102 Point of Contact: Address: Assistance Agreement ID No. (if known): Telephone No.: Email: Prime Contractor Name: Insituform Technologies USA, LLC Issuing/Funding Entity: Contract Item Number Description of Work Submitted to the Prime Contractor Involving Construction, Services, Equipment or Supplies Price of Work Submitted to the Prime Contractor DBE Certified by DOT SBA [1 Other: Meets/exceeds EPA certification standards? Yes No Unknown lA DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. IA SRF6100-3 January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). l Prime Contractor Signature Print Name Contracting & Attesting Officer February 29, 2024 - Patrizia H. Sordillo Title Date Subcontractor Signature Print Name Title Date IA SRF6100-3 January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 Attachment 5 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid if utilizing DBE subcontractors.) * If no DBE was chosen by the Prime Contractor to be utilized for this project, then this form is not required to be submitted. Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form This form is intended to capture the prime contractor's actual and/or intended use of identified certified DBE' subcontractors' and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors should also maintain a copy of this form on file. Prime Contractor Name: Insituform Technologies USA, LLC Project Name: FY 2024 CIP Pipelining Phase IVB 1 Bid/Proposal No.: 1102 Assistance Agreement ID No. (if known): Point of Contact: Patrizia H. Sordillo, Contracting & Attesting Officer Address: 580 Goddard Avenue, Chesterfield, MO 63005 Telephone No.: 636-530-8000 Email: psordillo@aegion.com Issuing/Funding Entity: I have identified potential DBE certified subcontractors Yes [ 9No a '&a reeQ V-e�- If yes, complete the table below. If no, explain: Subcontractor Company Name Name/ Company Address/Phone/Email Dollar Estimated Amount Currently Certified? DBE Yes No Yes No Yes No Yes iNo Yes No 1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. IA SRF6100-4 January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Patrizia H. Sordillo Prime Contractor Signature Print Name Contracting & Attesting Officer February 29, 2024 Title Date IA SRF6100-4 January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 Attachment 10 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid.) PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT This term and condition implements 2 CFR 200.216 and is effective for obligations and expenditures of EPA financial assistance funding on or after 8/13/2020. EPA recipients and subrecipients, including borrowers under EPA funded revolving loan fund programs, are prohibited from obligating or expending loan or grant funds to: (a) Procure or obtain, extend or renew a contract to procure or obtain; (b) Enter into a contract (or extend or renew a contract) to procure; or (c) Obtain the equipment, services, or systems that use "covered telecommunications equipment or services" identified in the regulation as a substantial or essential component of any system, or as critical technology as part of any system. Certain equipment, systems, or services, including equipment, systems, or services produced or provided by entities subject to the prohibition are recorded in the System for Award Management exclusion list, website: https://sam.gov. (1) As described in Public Law 115-232, section 889, covered telecommunications equipment or services includes: (i) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (ii) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (iii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iv) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (2) Consistent with 2 CFR 200.471, costs incurred for telecommunications and video surveillance services or equipment such as phones, internet, video surveillance, and cloud servers are allowable except for the following circumstances: (i) Obligating or expending EPA funds for covered telecommunications and video surveillance services or equipment or services to procure (enter into, renew or extend contracts) or obtain the equipment, services, or systems as described in 2 CFR 200.216. I understand the above prohibitions and certify that the project will be in compliance with all the requirements. Signature Patrizia H. Sordillo February 29, 2024 Date Contracting & Attesting Officer Printed Name Title January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 INSITUFORM TECHNOLOGIES USA, LLC PRESIDENT APPOINTMENT OF CONTRACTING AND ATTESTING OFFICERS The undersigned, being the President of Insituform Technologies USA, LLC, a Delaware Limited Liability Company (the "Company"), and pursuant to the authority set forth in the Limited Liability Company Operating Agreement of the Company, hereby determines that: 1. Christlanda Adkins, Janet Hass, Diane Partridge, Whittney Schulte, Ursula Youngblood and Patrizia Sordillo are appointed as Contracting and Attesting Officers of the Company, each with the authority, individually and in the absence of the others, subject to the control of the Board of Managers of the Company, to: (i) certify and attest to the signature of any officer of the Company; (ii) enter into and bind the Company to perform pipeline rehabilitation activities of the Company and all matters related thereto, including the maintenance of one or more offices and facilities of the Company; (iii) execute and to deliver documents on behalf of the Company; and (iv) take such other action as is or may be necessary and appropriate to cany out the project, activities and work of the Company. 2. Any person previously appointed or serving as a Contracting and Attesting Officer of the Company pi for to the date hereof and who is not named above is het eby removed from any such appointment. Dated: September 30, 2022 f7 Burt M President Insituform Tecifin foglou WA, Lee; Insitufonn Technologies USA, LLC has been repairing sewers in the Midwest since 1983. Your local representative is Christina Koller and she can be reached at 636-530-8000. The corporate headquarters is located at 580 Goddard Avenue, Chesterfield, Missouri. The telephone number is 636- 530-8000 and the fax number is 636-530-8701. Insitufonn Technologies® USA, LLC is directly affiliated with Insituform Technologies®, LLC (ITLLC) and has all of the same technology, engineering, research and development and manufacturing tools at its disposal and can provide the services to your city that make Insituform® the leading provider of trenchless solutions for your underground infrastructure. ITUSALLC can meet all bonding, insurance and financial requirements of the project. Since Insitufonn's founding in 1971, Insituform Technologies®, LLC has been a pioneer in the growing field of trenchless technology. Our flagship Insituform Process has been used to reconstruct more than 53 million feet of underground pipe infrastructure throughout the woi ld. Recent tests of our very first installation in London have proven that the Insituform® process is a durable, long-term solution to the problems of deteriorating sewers. ,K•1� it t. .- -. :t-. pp • . ▪ - L1C-6/....:.4-•5..\ti.. Si7,':.• }ar�r •'d.i.• `NI kid • A. • • :• •.. • t • •� -vim: :K�•?:.i>''�'•� � :'051- �.'�" )+`.i,�".; i-;•yt%Si'i:v �: :r'�1r. �ii ' : -.i's� i • ' ., •i: `.•,>. Y t t. 'L �t .'Ft.1 �t• • t. t / . •1-• sii:.0 V>\'...r-: i:•...•.i.`..�1.i..•..$ a •., �r y. .::f..::_1•i �• 1•tn mac Jim ° h " . Tam CERTIFICATE OF AUTHORIZATION • Issue Date: 3/3/2020 Name: INSITUFORM TECHNOLOGIES USA, LLC (489F LC -• 430392) Authorized Date: l /25/20 l 2 Duration: PERPETUAL State of Incorporation: DELAWARE I, Paul D. Pate, Secretary of State of the State of Iowa, custodian of the records of incorporations, certify the following for the iitnited liability company named on this certificate: a. The entity is authorized to transact business in Iowa. b. All fees, taxes and penalties required under the Revised Uniform. Limited Liability Company Act and other laws due the Secretary of State have been paid. c. The most recent biennial report required has been filed with the Secretary of State. a. The Secretary of State has neither revoked the company's certificate of authority nor filed a notice of cancellation. • = t,• ..K •,••}, • t :c.;L.1t:tt;;r•. •�•. i..•�•..r} .� -•# •t• ' 'z i'! S :K!• �._Li'i lr �I•+ :jjjjjj+•'r�q ...•-i is v' I. a _� .,T.b. e:. sys 4`.�' ���t•r :t` ); i. � ': ••. •q.7 . -. -- . ^ _ti�.: ' t still iL ,t ,• y4,xe rt[e .1 ▪ •• .t I' , t J• ••! Y.( !�\'�1vT^, ',L�. p. '�^.� �,Y•Y_•J'!.I \ :�i�tt }8 ? 3• 3.�» stt . fir iii I: II•i> '+.: t11 :t ✓y.;d:C�-W':��:t. \ r 1•,•,y •It ,{/p•a t:'..... J L1`-'•'•�• 3�: " . •-i ;f;•: ii: i. t �• f s < t Y• r•y Y / "��d . -:�• • '..: �: :• :Z c. 'II. ^�,•:'•(I, 'F-, {�} j Irk{ rYJ "i3 ,.)t▪ '! t: Is ..r. § :�`i '` ..; i•.,-ems ., :�• • L ij`661.-ai �sy•.^•�..::�• .J [ A..it •,J� $,... p - C� sa- • '•.i {.; j••.'•r,1� b' ,. ...5• i ;: ti ( i i,-l.' `I/alit r• • - ••�� >, ��,..ri`,• Yam_ rt ,..: • ,v.:• • ^▪ ••S, FIX.. ., .•tom •it:.i▪ �3::.-. `Y-All. r.` ei • 5::`� Y^ u 4 r,-/ .ry,• Y •• : 1. • • .*Cr ':i t;� •'t�ti-;,.; : • \._ ; PAUL PATE SECRETARYT.Ai E •.: 1'ti• 1U _1 J. :ri is ., .;1. '• }r� : 1..--,..... 1i..r ti!' '•;y �'� �J�� !NJfJ tJ t s .. _�.. • _ .. !::lt:..! (((▪ ��� STATE,... it > • f } ��" �•rt ....�... " �. .,s;.r :i .T .{ a •i,•It. .•.Y, t•=..•.•..f4 i :`•• •' • ii" •.i, •.4 •~`_ _•1. •mil•. •ti �, ^ �i•'� �`.-•:�: i ,, •\,tr• t.0-•.�• .1;1a tel. �•i :•:{::•.}C,•t. . f y:•.,. s•.� .,• .J':.i• •� :t • •- •� ••.,: {•:\ • ••' .t• , •. •1'M. ••I , t•-_ • .. ' Li• �St. 1i{••• ••s.:• tt;._- h:'1' •ah. ' j .•..i .. «• • ...: •'.,r:•{-. ....�. i•: • • $.. •t • i1S• :Ir " - •• .l i:,„...,•. •`l.; I: (1• �.\.•1 • 'sm...YL: g:_i_. _:•-_'•.• i..L:_ _•._._.•!_:. •� i::• �'• / • +I.�..101 i:. •.�:i.•..-.. •..-..ii�...�.�li ._... . •• • �.___ M: :.•^.• :. .�,'. l...l. C�.�l. ice:... ..31�• _ .. .- ......�J. i\.. •.. .t ••.-. ••:: 1•. 1-: • • e 1• .f.: 4• . 4 •i 1 • • e` 1.4 •?i' I sip • i• • :1 O. I: • ' tit. • ;• • • .t• • • • 1 • t • Linear Feet CONI CDN lD Ql O CDio Q�l in 00 O �t I.--00 NJ CO NJ NJLC)M N CA CO 00 c O Cr tH c--i ri ri Diameter O 00 lD N co d d' I� N N t\ N co 00 O CO ri ri N N ri ri ri Original Contract Value 0 O $2,047,092.00 0 0 CO LID N lD NJ in $2,135,995.00 00 S06'8VE$ 0 0 $673,800.00 0 0 4 CM 0 I� M V1 0 0 ri O CO ai Ln r-i 00 00 ri M d- M 00 ri CT) c-i c-i ifl ri Revenue $905,662.50 Ln $461,212.96 $1,849,267.53 $348,905.00 O 0 $673,800.00 08'OLT'081$ O ri CO N N CO - CO m ri CD (D O NJ M ri O 00 d 00 ri V) 00 12/19/2018 NJNJ41 N N 7/22/2022 NJ NJ 3/6/2023 D CU w ri NJ ri NJ NI c-i 0 O N 0 N N Qc N 0 ri C V 00 ri ri ri riNJ Bid Date 00 00 00 8/4/2021 6/8/2022 N N 0 NJ CO NJri 01 M Ni 0 NI In r-i NJ r-i NJ 0 NJ 0) \ O N N O O NJci 0) O NJ to O c� 0) Ni ri ri Owner Account Information Metropolitan St. Louis Sewer District(MSD)-Saint Louis, MO Address: 2350 Market Street Metropolitan St. Louis Sewer District(MSD)-Saint Louis, MO Address: 2350 Market Street Phone: +1(314) 768-6200 City of Decatur, IL Address: One Gary K Anderson Plz Phone: +1(217) 424-2747 City of Cedar Rapids, IA Address: 500 15th Ave SW City of Saint Charles, MO Address: 200 N 2nd St Phone: +1(636) 949-3200 Village of Swansea, IL Address: 1400 N Illinois St 1Phone: +1(618) 234-0044 City of Saint Charles, MO Address: 200 N 2nd St Phone: +1(636) 949-3200 City of Edwardsville, IL Address: 118 Hillsboro Ave Phone: +1(618) 692-7535 City of Perry, IA Address: 1102 Willis Ave Phone: +1(515) 465-2481 JDEJob Number 102547 O in 00 N 0 102856 102862 102893 102952 CO 6l Ql N 0 103024 r-i u1 in N 0 ri ri ri BID BOND Insituform Technologies USA, LLC KNOW ALL MEN BY THESE PRESENTS, that we, 580 Goddard Avenue. Chesterfield, MO 63005 as Principal, and Travelers Casualty and Surety Company of America. One Tower Square, Hartford. CT 06183 as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the Amount Bid Dollars ($ 5% of the Amount Bid ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 29th day of February , 20 24 , for Project No. 1102- FY 2024 CIP Pipelining Phase IVB1 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals and such of them as are corporations, have caused their corporate seals to be hereto affixed and these pres- ents to be signed by their proper officers this 29th day of February , A.D. 2024. ',Latta. Witness Diane Partridge, Contracting & Attesting Officer I- CO Witness Christina A. Culotta, Witness Insituform Technologies USA, LLC (Seal) Principal By 94-4 i`eb--_ (Title) Patrizia Sordillo, Contracting & Attesting Officer Travelers Casualty and Surety Company of America (Seal) Surety �,. oko.SUJgFjy... By{■/ - y si v - zr Andrew P. Thome, Attorney -in -fact N CONN. o , i•.,'''"1 *n BID BOND AECOM #60721823 CONTRACT NO. 1102 BB-1 of 1 FY 2024 CIPP State of Missouri County of St. Louis On 2/29/2024 t before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Andrew P. Thome known to me to be Attorney -in -Fact of Travelers Casualty and Surety Company of America the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. Christina A. Culotta, Notary Public _ CHRISTINA A. CULOTTA Notary Public - Notary Seal STATE OF MISSOURI St. Louis County My Commission Expires: Aug. 5, 2027 Commission # 19313442 My Commission Expires: TRAVELERS. Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint ANDREW P THOME of CHESTERFIELD , Missouri their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021 01600 SURI-1i; + g awTFORD, CO NN, e ll �,ts rt State of Connecticut By: City of Hartford ss. Robert L. Raney enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 ....... jaNO; �Y • t NOTARY (*( �R' �r! f'UnLICi I 7 This Power of Attorney is granted under and by the authority of the following resolutions the Companies, which resolutions are now in full force and effect, reading as follows: to be the Senior instrument for the Anna P. Nowik, Notary Public adopted by the Boards of Directors of each of RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 29th day of February • 2024 • Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached.